SPECIAL NOTICE
R -- Intent To Sole Source Notice - Intent To Sole Source Notice Text
- Notice Date
- 8/15/2011
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- DHS_ST_8152011
- Archive Date
- 9/15/2011
- Point of Contact
- William Mallison,
- E-Mail Address
-
william.mallison@dhs.gov
(william.mallison@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Intent To Sole Source Notice Text This is a notice of intent to conduct a procurement with other than full and open competition, under Federal Acquisition Regulation (FAR) 6.302-1 "Only one responsible source and no other supplies or services will satisfy agency requirements." This is not a Request for Quotes or Proposals. No contract award will be made on the basis of proposals received in response to this notice. The purpose is to allow interested parties to assert and explain their capability to perform the work; any response must demonstrate clear and convincing evidence of capability and that competition would be advantageous to the government. Responses may be submitted until 5PM Eastern on Wednesday, August 31. Please direct inquiries to William Mallison, contract specialist, at william.mallison@dhs.gov. The Department of Homeland Security (DHS) Science and Technology Directorate (S&T) currently has a contract with Keres Consulting, Inc. (One Sycamore Plaza, 5600 Wyoming Blvd., NE, Suite 150, Albuquerque, NM 87109) to provide real property asset management analytic support. The government contemplates extending the period of performance of this contract and obligating additional funding in order to complete the transition to new data reporting and data warehousing methods. The contemplated work includes: completing the fiscal year end real property asset data collection, performing research for metric and PP&E reporting, integrating data to the new platform, providing training for S&T staff and other service providers that will continue the program after this time extension, and completion of a real property manual. The government contemplates this sole source contract period of performance extension in light of the belief that transitioning the requirement to another contractor before the above activities have been completed would result in substantial duplication of cost to the government that is not expected to be recovered through competition; or unacceptable delays in fulfilling the agency's requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/DHS_ST_8152011/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN02533945-W 20110817/110815234622-310b57d79c2907489abbf792cdbe357c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |